SOLICITATION NOTICE
A -- Arc Fault Circuit Protection
- Notice Date
- 3/22/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Office of Naval Research, ONR, CODE ONR-02 800 N. QUINCY ST. Rm 704, Arlington, VA, 22217
- ZIP Code
- 22217
- Solicitation Number
- 02-013
- Response Due
- 6/14/2002
- Archive Date
- 6/29/2002
- Point of Contact
- Mike Kiley, Program Officer, Phone 703-696-0843, - Regina Williams, Senior Contract Specialist, Phone 703-696-2583,
- E-Mail Address
-
kileym@onr.navy.mil, regina_williams@onr.navy.mil
- Description
- In partnership with the Naval Air Systems Command, the Federal Aviation Administration and the Air Force, the Office of Naval Research is soliciting white papers for applied research in the area of enhanced arc fault electrical circuit protection technologies for military and commercial aircraft. The proposed technical solutions will be required to: ?h Meet MS3320 circuit breaker mounting dimensions and meet all current MS3320 performance specifications ?h Develop 115 Volt, 400 Hz, three phase arc fault circuit protection with ratings from 5 to 25 amps ?h Develop 28 volt, direct current, arc fault circuit protection with ratings from 1-25 amps. In addition, devices larger than the MS3320 size will be considered if all of the above capabilities are incorporated and the device offers an innovative, fully integrated 115 volt, 400 Hz arc fault circuit protection with 28 volt arc fault circuit breaker. Other requirements: ?h The device shall detect and remove arcing faults from electrical circuits, reduce potential wiring damage and reduce the risk of fires and other hazardous conditions. Note: an arcing fault is defined as a variable impedance sustained luminous discharge of electrical power across a gap in a circuit. ?h The device will be required to communicate data to an appropriate interface and have the capability to be remotely controlled. ?h The device is required to operate in fighter/attack, helicopter and transport aircraft environments specified in MIL-STD-461 (Requirements for the Electro-Magnetic Interference Characteristics of Subsystems and Equipment), MIL-STD-810 (Environmental Engineering Considerations and Laboratory Tests) and DO-160 (Environmental Conditions and Test Procedures for Airborne Equipment). The device shall operate in conformance with Electrical Interface Specification Document MIL-STD-704A. Proposed applied research solutions should be fully compatible with current military aircraft electrical installations. Additionally, solutions must adhere to an "open systems" (i.e. non-proprietary interface) approach as defined by the Open Systems Architecture for Condition Based Maintenance (OSA CBM). All white papers should briefly discuss the feasibility of integrating the proposed solution to wiring systems/weapons systems other than aircraft (ships, submarines, ground vehicles, autonomous vehicles). This effort will be conducted in two phases over a three-year period. The Government expects to make multiple Phase 1 awards (assuming receipt of multiple promising proposals) followed by a down-selection of Phase 2 performers. The Phase 1 effort will be 12 months and the required deliverable will be a functioning bench top (or smaller) prototype arc fault circuit protection device accompanied by all design documentation. The Phase 2 (Option) will be 24 months and the required deliverable will be flight suitable hardware with required prototype enhancement and attainment of the packaging requirement described above (see second paragraph). The Government reserves the right to include only Phase 1 awardees that have successfully demonstrated progress during the Phase 1 effort in the subsequent evaluation for Phase 2 awards (Exercise of Option). Successful progress will be evaluated based on the following criteria: Evaluation Criteria for Phase 2 Awards: 1) Satisfactory attainment of technical goals 2) Demonstrated effort to complete Phase 1 on time and within budget 3) Likelihood of Phase 1 success being continued into Phase 2 Phase 2 awardees will be notified of the Government??s intent to exercise Phase 2 Options within 30 days prior to the expiration date of Phase 1 awards. It is anticipated that the total available funding for this effort will be $3M of applied research (Budget Category 6.2) or advanced technology (Budget Category 6.3) funds, as appropriate. The level of year to year funding will be at the discretion of the Government. Phase 1 awards will range between $250K - $500K and Phase 2 awards will range between $750K - $1.5M. The Government intends to budget and set aside a separate lower amount for Naval Air Systems Command support of this effort. Due Date for White Papers: Not Later Than 2:00 p.m. (EDT) on Monday, 22 April 2002. All submissions must be received by the due date. White papers submitted in response to this announcement should address the technology requirements and issues covered in this announcement. Offerors must state that their white paper is submitted in response to BAA 02-013. White papers must include/address the following: 1. Cover page labeled "White Paper", with BAA title and date, offeror??s organization name and address, and administrative and technical points of contact with telephone numbers and e-mail addresses. 2. Be limited to eight (8) pages. The page limitation is based on 8.5?? x 11?? paper with 1?? margins, single-spacing and 12-point font. Cover page will not count against the page limit. 3. Technical, performance, integration and cost issues. Cost shall include brief (1-2 paragraph) discussion of Total Ownership Costs (TOC) of technology solution if selected and successfully inserted. TOC section is included to focus attention on requirement to reduce cost of operating aircraft, in addition to safety benefit inherent in this technology. 4. A performance period not to exceed three years including a 12 month period for Phase 1 and a 24 month period for Phase 2 (Option). 5. Technical discussion should demonstrate a clear understanding of: a. Aircraft electrical safety issues, aircraft circuit breakers and aircraft maintenance b. The objectives of the proposed effort c. The technical issues to be resolved and technical approach d. The technology transition and commercialization plan 6. Management section should include a list of key personnel and their relevant personal and organizational experience, both in general and as pertains to circuit breaker design/development. Submit one-page curricula vitae for the principal technical investigator, project manager and additional senior technical personnel as part of the file containing the white paper (curricula vitaes will not count against page limit) 7. Any planned teaming arrangements should be discussed White Papers will be reviewed using the following criteria, which are listed in decreasing order of importance: 1. Understanding of aircraft circuit protection, electrical faults and hazards and maintenance issues 2. Technical merit 3. Aircraft electrical circuit protection device experience 4. Cost 5. Potential for commercialization 6. Qualifications of key personnel Offerors must submit an electronic copy of the white paper via e-mail to Dr. Mike Kiley at kileym@onr.navy.mil (fax submissions will not be accepted). All documents submitted by the offeror must be contained in the same file including technical and cost information, curricula vitae, resumes, etc. Additionally, offerors must submit an electronic copy of the white paper on CD or floppy disk via regular or express mail to: Dr. Mike Kiley, Office of Naval Research, Ballston Center Tower One, ONR Code 332, 800 North Quincy Street, Arlington, VA 22217-5660. All white papers will be acknowledged and will not be returned after evaluation. Specific ONR recommendations in response to the white papers and more information on submission of full proposals will be provided to offerors on or about 17 May 2002. Estimated Due Date for Receipt of Full Proposals: Not Later Than 2:00 p.m. (EDT) on Friday, 14 JUNE 2002. All submissions must be received by the due date. The Government reserves the right to select for award all, some or none of the proposals received under this BAA. Full proposals shall consist of a Technical Section and a Cost Section. Both sections shall reference BAA 02-013 and include the offeror??s project title. The technical section of the full proposal shall be limited to 20 pages. The page limitation is based on 8.5?? x 11?? paper with 1?? margins, single-spacing and 12-point font. The cost section of the full proposal has no page limitation. Full proposals should address the following: 1. Relevant technical background including the scope of effort and statement of work (SOW) with specific requirements to be addressed and tasks to be performed 2. Detailed technical approach with rationale 3. Description of technologies, products and performance metrics 4. Description of transition plan and technology transfer path 5. Personnel credentials identical to those for the white paper requirement 6. Details of any formal teaming arrangements 7. Cost, schedule and milestones for the proposed work (both phases), including task-by-task cost estimates, cost share (if any) and the use of consultants and or subcontractors and related cost Offerors must submit an electronic copy of the full proposal including all attachments via e-mail to Dr. Mike Kiley at kileym@onr.navy.mil (fax submissions will not be accepted). All documents submitted by the offeror must be contained in the same file including technical and cost information, curricula vitae, resumes, etc. In addition, offerors must submit one (1) hard copy of the full proposal via regular or express mail to: Dr. Mike Kiley, Office of Naval Research, Ballston Center Tower One, ONR Code 332, 800 North Quincy Street, Arlington, VA 22217-5660. Special Note: All white papers and proposals must include a Phase 1 effort for 12 months with an attached Phase 2 Option for 24 months. Information for Phase 1 and Phase 2 must be clearly identified for evaluation purposes. Proposals will be evaluated using the same criteria and weights used to evaluate white papers. The Materials S&T Division of ONR will assemble a team to evaluate all white papers and proposals submitted. For general guidance on proposal submissions to ONR, see ??Proposal Outline?? at http://www.onr.navy.mil/scripts/02/howtosubmit.asp. As soon as the final proposal evaluation process is completed, the offeror will be notified via e-mail of its selection or non-selection for an award. White papers are initially sought to preclude unwarranted effort on the part of an offeror in preparing a full proposal. Offerors submitting the most promising white papers will be encouraged to submit full technical and cost proposals on all or part of their white paper submission. However, any such encouragement does not assure a subsequent award. An offeror may submit a full technical and cost proposal even if its white paper was not identified as promising, but the chance of award is not high. Only those offerors who submit white papers that are received by the requested due date and time will be eligible to submit full proposals. All white papers will be acknowledged and will not be returned after evaluation. This BAA does not provide any funding for white paper or proposal development costs. It is not the intent of this BAA to establish new facilities. White papers and full proposal submissions will be protected from unauthorized disclosure in accordance with FAR Parts 3.104-5 and 15.207, applicable law and DoD/DoN regulations. Offerors are expected to appropriately mark each page of their submission containing proprietary information. The Government may use selected support contractor personnel to assist in the evaluation and administrative functions of any white papers and proposals submitted under this solicitation. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source-selection information. White papers and proposals submitted in response to this BAA are expected to be unclassified. However, classified work can be proposed as long as no classified information is included in the white papers/full proposals. The Navy encourages development of appropriate technical partnerships. Teaming between industry, universities and government laboratories is encouraged to help insure rapid transition of technology and products to the Fleet and industry. Award Information Traditional FAR-based contract awards are anticipated. However, the Government reserves the right to award grants, cooperative agreements, or other transaction agreements to appropriate parties, should the situation warrant the use of a non-contractual agreement. This acquisition does not meet the requirement for use of a Section 845 other transaction agreement. Proposals submitted by a consortium or team require Articles of Collaboration signed by all members prior to execution of the Agreement. The Articles shall define the interaction and commitment of the proposed partners. The North American Industry Classification System (NAICS) code for this solicitation is 54171 (which corresponds with the standard industrial classification code of 3721 ?V Aircraft Research and Development) with the small business size standard of 1,500 employees. For awards made as contracts, the socio-economic merits of each proposal will be evaluated based on the commitment to provide meaningful subcontracting opportunities for small businesses, HUBZone small businesses, small disadvantaged businesses, women-owned small business concerns, service-disabled veteran-owned and veteran-owned small businesses. Historically Black Colleges and Universities (HBCU) and Minority Institutions (including Hispanic Serving Institutions and Tribal Colleges and Universities) are encouraged to submit or join others in submitting white papers and proposals. Successful offerors (other than small business concerns) that submit contract proposals exceeding $500,000 will be required to submit a Small Business Subcontracting Plan in accordance with FAR Part 52.219-9, prior to award. Proposals must also be accompanied by a completed certification package which can be accessed on the ONR Home Page at http://www.onr.navy.mil/scripts/02/reps_certs.asp. The certification package for contract proposals is entitled ??Representations and Certifications for Contracts?? and the certification package for grants, cooperative agreements and other transaction agreements is entitled ??Certifications for Grants and Agreements??. Successful offerors will be required to be registered in the Central Contractor Registry (CCR) prior to the award of any contract, grant, cooperative agreement or other transaction agreement. For general guidance on the required subcontracting plan format (master and individual) and signing up for the central contractor registry, access the ONR Home Page at http://www.onr.navy.mil/scripts/02/howtosubmit.asp. Questions of a technical nature shall be directed to Dr. Mike Kiley, Program Officer. Questions of a business nature shall be directed to Regina Williams, Senior Contract Specialist. Contact information for Dr. Kiley and Ms. Williams is located on Page 1 of this BAA. This notice constitutes a Broad Agency Announcement as interpreted under FAR Subpart 6.102 (d)(2)(i). A formal RFP or other solicitation regarding this announcement will not be issued. Request for the same will be disregarded. Paper copies of this announcement will not be issued. All responsible sources may submit a proposal, which shall be considered under these guidelines by the Office of Naval Research.
- Record
- SN00047335-W 20020324/020322213428 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |